MODIFICATION
66 -- Gas Chromatograph with Triple Quadropole - Amendment 1
- Notice Date
- 8/19/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334516
— Analytical Laboratory Instrument Manufacturing
- Contracting Office
- Department of Commerce, National Institute of Standards and Technology (NIST), Acquisition Management Division, 100 Bureau Drive, Building 301, Room B130, Gaithersburg, Maryland, 20899-1410, United States
- ZIP Code
- 20899-1410
- Solicitation Number
- SB1341-15-RQ-0730
- Archive Date
- 9/8/2015
- Point of Contact
- Susan Ruzicka, Phone: 3019756321
- E-Mail Address
-
susan.ruzicka@nist.gov
(susan.ruzicka@nist.gov)
- Small Business Set-Aside
- Total Small Business
- Description
- Amended Statement of Work Solicitation Amendment, SF-30 ***Amendment 001**** The purpose of this amendment is to respond to contractor questions, amend the Statement of Work and extend the date for reciept of quotes. Please see attached SF30 for details. ***** This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6 - Streamlined Procedures for Evaluation and Solicitation for Commercial Items, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested, and a separate written solicitation document will not be issued. This solicitation is being issued under the authority of FAR Part 13 Simplified Acquisition Procedures. This solicitation is a Request for Quotations (RFQ). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83 effective 03 August 2015. The associated North American Industrial Classification System (NAICS) code for this procurement is 334516 with a small business size standard of 500 Employees. This acquisition is being procured as a 100% set aside for small businesses. Only quotes submitted by qualified small businesses shall be considered. The non-manufacturer rule is waived on this solicitation as the Small Business Administration has issued a class waiver for all high-performance gas chromatography systems under NAICS Code 334516. The National Institute of Standards and Technology (NIST) Chemical Sciences Division requires a gas chromatograph meeting the minimum specifications in accordance with the attached Statement of Work. Responsible quoters shall provide pricing for all of the following line items. All equipment must be new. Used or remanufactured equipment will not be considered for award. Line Item 0001: Quantity one (1) each, Gas Chromatograph with Triple Quadropole meeting all specifications in accordance with the Statement of Work. Line Item 0002: Quantity one (1) job, Installation. The contractor shall install the equipment in accordance with Statement of Work Line Item 0003: Quantity one (1) job, Training. The contractor shall provide training to NIST personnel in accordance with the Statement of Work. Line Item 0004: Quantity one (1) job, Warranty. The contractor shall provide one year (12 months) of warranty services as specified in the Statement of Work. Warranty services shall commence after installation, training and acceptance of the equipment. Line Item 0005 [OPTION LINE ITEM]: Quantity one (1) job, Maintenance Services, Year 1. The contractor shall provide one year (12 months) of maintenance services as specified in the Statement of Work. Line Item 0006 [OPTION LINE ITEM]: Quantity one (1) job, Maintenance Services, Year 2. The contractor shall provide one year (12 months) of maintenance services as specified in the Statement of Work. Line Item 0007 [OPTION LINE ITEM]: Quantity one (1) job, Maintenance Services, Year 3. The contractor shall provide one year (12 months) of maintenance services as specified in the Statement of Work. Delivery The system must be delivered within 60 days of the award date. The items shall be shipped F.O.B. Destination to: National Institute of Standards and Technology, Building 301 Shipping and Receiving, 100 Bureau Dr., Gaithersburg, MD 20899. FOB DESTINATION MEANS: The contractor shall pack and mark the shipment in conformance with carrier requirements, deliver the shipment in good order and condition to the point of delivery specified in the purchase order, be responsible for loss of and/or damage to the goods occurring before receipt and acceptance of the shipment by the consignee at the delivery point specified in the purchase order; and pay all charges to the specified point of delivery. EVALUATION CRITERIA AND BASIS FOR AWARD The Government will award a purchase order resulting from this solicitation to the responsible quoter whose quotation, conforming to the solicitation, is the lowest price, technically acceptable quotation. Technically Acceptable means the Contractor has proposed equipment that meets all required specifications, FOB Destination shipping, all requirements of all line items, and all required submissions. Price shall be evaluated for all quoters whose quotations are determined technically acceptable. Price will be evaluated to determine that total price is a fair and reasonable overall price to the Government. REQUIRED SUBMISSIONS All Contractors shall submit the following: 1. For the purpose of evaluation of Technical Acceptability : Quoters shall provide documentation that clearly demonstrates the quoted system's ability to meet all required specifications, all requirements of all Line Items and FOB Destination shipping including the following: a. A detailed specification of the quoted equipment showing how it meets the minimum required specifications. b. A description of the quoter's installation process. c. A description of the quoter's training services for this equipment. d. A description of the equipment's warranty coverage. 2. For the purpose of Price: Quoters shall provide a firm-fixed price quotation for each Line Item as specified in the Contract Line Items, and a total firm fixed-price inclusive of all required line items. 3.Quoters shall include a completed copy of the attached provision, "Representation by Corporations Regarding an Unpaid Delinquent Tax Liability or a Felony Conviction Under Any Federal Law (Class Deviation) (March 2015)" with their quotation in order to be considered for award. 4.Quoters shall include a completed copy of the attached provision, FAR52.225-18, Place of Manufacture (MAR 2015). 5. Quoters shall include a statement regarding the terms and conditions herein as follows: a. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document without modification, deletion, or addition." OR b. The offeror shall state "The terms and conditions in the solicitation are acceptable to be included in the award document with the exception, deletion, or addition of the following:" Offeror shall list exception(s) and rationale for the exception(s) 6. Quoters shall provide an active DUNS # for the System for Award Management (SAM) registration. Quoters must have an active registration at www.SAM.Gov to be considered for award. 7. If the Quoter's representations and certifications do not reflect the NAICS code governing this solicitation, Quoters must submit documentation that they are a small business under the NAICS code governing this solicitation. Please note that this procurement IS NOT being conducted under the GSA Federal Supply Schedule (FSS) program or another Government-Wide Area Contract (GWAC). If a contractor submits a quotation based upon an FSS or GWAC contract, the Government will accept the quoted price. However, the terms and conditions stated herein will be included in any resultant Purchase Order, not the terms and conditions of the contractor's FSS or GWAC contract, and the statement required above shall be included in the quotation; DUE DATE FOR QUOTATIONS E-mail quotations are required. All quotations must be submitted via e-mail to Susan Ruzicka, Contract Specialist at Susan.Ruzicka@Nist.gov. FAX quotations will not be accepted. Submission must be received not later than 11:00 a.m. Eastern Time on Monday 24 August 2015. A quotation shall be considered received when it is received in the electronic inbox of Susan Ruzicka not later than the date and time identified herein. All questions regarding this notice must be submitted via e-mail to Susan.Ruzicka@nist.gov by 11:00 a.m. Eastern Time on Wednesday 14 August 2015. Questions submitted after this date may not be addressed by the Government prior to the quotation submission deadline. PROVISIONS AND CLAUSES: The clauses and provisions applicable to this solicitation can be found under Applicable Clauses & Provisions. The full text of a FAR provision or clause may be accessed electronically at https://farsite.hill.af.mil or www.acquisition.gov/far. ATTACHMENTS: The following attachments apply to this solicitation: 1. The Statement of Work 2. Applicable Provisions and Clauses 3. Representation Regarding Delinquent Tax Liability
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DOC/NIST/AcAsD/SB1341-15-RQ-0730/listing.html)
- Record
- SN03845606-W 20150821/150819235519-5436d1e4b84928cb0ff5c216b9f7285e (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |